REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

Similar documents
REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

Request for Proposal (RFP) For

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Jail Security System Control Upgrade

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

Beecher Lake Dam Modification

Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014

Request for Proposal (RFP) For HHS Conference Room Remodel Posting Date: December 3, 2014

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Routine Vehicle Maintenance

REQUEST FOR PROPOSAL (RFP) FOR BANKING SERVICES POSTING DATE: SEPTEMBER 24, 2014

REQUEST FOR PROPOSAL (RFP) # MARINETTE COUNTY JAIL INMATE FOOD SERVICE POSTING DATE: MAY 2, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

BHP Project IFB #

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR BID POLE BUILDING CONSTRUCTION

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

Request for Proposal (RFP) Imperial Valley Emergency Communications Authority (IVECA)

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

RFP GENERAL TERMS AND CONDITIONS

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

WINDOW WASHING

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

ADVERTISEMENT FOR BIDS

Request For Proposal (RFP) for

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

P R O P O S A L F O R M

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

Request for Proposals. For the Read Schoolhouse Preservation Work

PROPOSAL FOR STREET SWEEPING SERVICES

REQUEST FOR QUOTATION

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

COUNTY OF PRINCE EDWARD, VIRGINIA

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

construction plans must be approved for construction by the City PBZ department.

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

REQUEST FOR QUOTE (RFQ) # FOR: ONE (1) NEW 4X4 TRACTOR POSTING DATE: JANUARY 10, 2018

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

BID DOCUMENTS FOR. WTP VFD Replacement Bid

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

WEXFORD COUNTY REQUEST FOR PROPOSALS

RFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Transcription:

REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT, FACILITIES DIRECTOR MARINETTE COUNTY MAINTENANCE DEPARTMENT 1926 HALL AVENUE MARINETTE WI 54143

Table of Contents I. BACKGROUND... 3 II. TENTATIVE PROJECT TIMELINE... 3 III. RFP DUE DATE... 3 IV. RFP QUESTIONS... 3 V. SCOPE OF WORK... 4 VI. PROPOSAL FORMAT... 5 VII. CONTRACT TERMS... 5 VIII. FINANCIAL VERIFICATION... 5 IX. BID BOND... 6 X. OTHER... 6 WORKERS COMPENSATION INSURANCE... 6 AUTO LIABILITY INSURANCE... 7 GENERAL LIABILITY INSURANCE... 7 ADDITIONAL INSURED... 7 SUBCONTRACTOR... 7 WAVIER OF SUBROGATION... 7 CANCELLATION NOTICE... 7 PROOF OF INSURANCE... 7 XI. PROJECT CHANGES... 7 XII. ATTACHMENTS... 7 ATTACHMENT A... 8 ATTACHMENT B... 9 ATTACHMENT C... 10 ATTACHMENT D... 11 Page 2

I. BACKGROUND Marinette County is requesting proposals for the selective demolition of steel detention equipment on the second floor of the former county law enforcement center located at 1925 Ella Court, Marinette, WI 54143 The intent of this project is to remove all detention related equipment to ready the building for further remodeling and renovation. Not withstanding any other provisions of the RFP, Marinette County reserves the right to reject any or all proposals, to waive any irregularity or informality in a proposal, and to accept or reject any item or a combination of items when doing so would be to the advantage of Marinette County or its taxpayers. It is further within the right of Marinette County to reject proposals that do not contain all elements and information requested in this document. Marinette County shall not be liable for any losses incurred by the contractor making the proposal throughout this process. The cost of preparing a response to this RFP is not reimbursable in part or in whole to the contractor. Any proposal received will become the property of Marinette County and a matter of public record. II. TENTATIVE PROJECT TIMELINE RFP posted by: 4:30 p.m. CST. December 13, 2018 Mandatory site walk through meeting: 11:00 a.m. CST, December 19, 2018 RFP questions due by: 11:00 a.m. CST, December 26, 2018 RFP questions answered by: 4:30 p.m. CST, December 27, 2018 RFP responses due from potential contractors by: 3:00 p.m. CST, January 7, 2019 If unable to attend mandatory site walk through please contact Marty Keyport at (715) 732-7500. III. RFP DUE DATE Proposals shall be submitted to the Facilities Director by no later than 3:00 p.m. CST on January 7, 2019. Proposals shall be clearly labeled RFP#18-046-34 Demolition of Steel Detention Equipment and submitted to the location/address listed below. Delivery Address for Hand Delivery, USPS, UPS, DHL, Fed X: Martin Keyport, Facilities Director Marinette County Maintenance Department 1926 Hall Avenue Marinette WI 54143 Each proposal must be received by the due date and time set for this RFP. A proposal received after the established deadline will not be considered. IV. RFP QUESTIONS All questions related to this RFP must be submitted not later than 11:00 a.m. CST, Page 3

December 26, 2018, via e-mail to mkeyport@marinettecounty.com. Clearly mark the e- mail Questions for RFP#18-046-34 Demolition of Steel Detention Equipment. Phone call or faxed questions will not be accepted. Answers to questions will be posted in the form of an addendum to the RFP and placed on the Marinette County website http://www.marinettecounty.com on December 27, 2018, not later than 4:30 p.m. CST. It is the responsibility of all interested contractors to access the website for this information. Calls for assistance with the website may be made to (715) 732-7419. V. SCOPE OF WORK Marinette County requests proposals for the selective demolition of steel detention equipment on the second floor of the former LEC building. The intent of the project is to remove all metal detention related equipment, fixtures or apparatuses to ready the building for further remodeling and renovation. This equipment consists of the following descriptions and quantities: Detention grating (bars) (approx. 384 LF) Detention grating (bars) are 7/8 diameter vertical round double ribbed steel bars spaced at 4 centers, passing through and interlocking with 3/8 x 2 ¼ flat horizontal bars spaced on 12 centers Detention door operating hardware Detention door hardware includes all access covers, tracks, gears, motors, associated wiring. Wall/Floor mounted tables (approx. 16) Wall/Floor mounted steel bunks (approx. 64) Miscellaneous wall mounted fixtures (approx.100) Steel security doors (excluding frames) (approx. 37) Window security screens/retention bars (approx. 41) All items removed from floors/walls/ceilings will be ground flush with remaining surface so as not to have any sharp edges or slipping/tripping hazards. Where steel backing plates exist, they shall not be left to protrude any more than ¼ proud of existing concrete block wall, and ground smooth with no sharp edges. Contractor shall provide all labor, materials, tools, supplies, equipment and everything necessary to perform the demolition. There is an existing 10 w x 9 h (approx.) window to be used for demolition material removal. Contractor will be responsible for removal and reinstallation of existing window. This opening must be secured daily at the contractor s expense. The entrance door below this window shall be barricaded and secured to ensure door is not used during demolition activities. Contractor to provide dust and debris protection to prevent infiltration onto the first floor of the building or through the walkways into the Courthouse or Courthouse Annex. Contractor will be required to provide positive ventilation to the exterior utilizing an existing window opening(s). Page 4

Marinette County will control supply and exhaust from the second floor during demolition. Marinette County will temporarily disable fire alarm system while demolition activity is taking place. There is one working restroom available for contractor use on the second floor. Demolition area must be left in a broom clean condition upon completion of the project All demolition activities to be coordinated with Marinette County Facility Director There will be designated areas in adjacent parking lot for equipment and dumpster storage. Work hours will be Monday Friday 7am to 5pm unless other arrangements are made in advance with Marinette County Facilities Director. Work must begin within 30 days of signed agreement by both parties. Work to be completed within 60 days of commencement of work. Contractor to obtain all federal, state and local permits. Work must not block the flow of traffic on Ella Court. VI. PROPOSAL FORMAT All proposals must be submitted on Attachment A. Contractor must complete and submit Attachment C, Statement of Understanding. Addendums will be posted on the website by 4:30 p.m. on DECEMBER 27, 2018. If addenda items exist, Attachment D Addendum Sheet must be completed, signed, and submitted with the response. Upon award of the contract, the selected contractor will be required to submit a federal W-9 Form and payment address to Marinette County. Contractors previously established with the county may have this requirement waived. A contractor may withdraw or modify its proposal prior to the proposal due date. Any changes or withdrawals must be made in writing prior to the proposal due date. VII. VIII. CONTRACT TERMS The contractor may provide a contract to be approved by Marinette County Corporation Counsel. If the contractor does not provide a contract, the contractor shall be required to sign a contract similar to Attachment E. FINANCIAL VERIFICATION Contractor s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means prior to contract award. Marinette County reserves the right to reject Proposals based on information obtained through these background checks. Page 5

IX. BID BOND A bid bond check in the amount of 5% of the bid made payable to the Marinette County Maintenance Department must accompany all bids. Acceptable forms of bid bonds are: o Bid Bond signed by a surety company authorized to do business in the State of Wisconsin o Cashier s check o Certified check o Letter of credit drawn on a responsible financial institution o U.S. Postal money order The County will issue a purchase order to the selected contractor. The 5% bid bond shall be returned to the successful bidder at approval of completion as deemed by the Facilities Director. A payment equal to 100% of the Net Bid Price shall be made to the contractor upon receipt of an invoice and approval of completed work. X. OTHER All work shall conform to all applicable industry standards, federal, state and local laws, codes and ordinances. No contractor will be provided with financial and/or competitive contractor information on this Proposal until after the award of contract has been made. At that time, all Proposals will be available for review in accordance with the Wisconsin Open Records Law. Marinette County shall not be held liable for any claims arising from disclosure required under the Wisconsin Open Records Law. Marinette County and its departments are exempt from payment of all federal, state and local taxes on its purchases except Wisconsin excise taxes. Any contract between contractor and Marinette County shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under such contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, sexual orientation, or national origin. By responding to this Proposal, prospective contractors acknowledge and accept the attachments, including insurance requirements and service template contract sample attached. WORKERS COMPENSATION INSURANCE Contractor shall provide statutory workers compensation insurance coverage for its employees who will not be considered employees of Marinette County in any way. Page 6

AUTO LIABILITY INSURANCE Contractor shall provide a minimum of $300,000 per occurrence to cover bodily injury and property damage arising out of ownership, maintenance, or use of any motor vehicle, including non-owned and hired. GENERAL LIABILITY INSURANCE Contractor shall provide a minimum limit of $2,000,000 per occurrence broad form coverage. ADDITIONAL INSURED The contractor agrees that all liability coverage policies shall name Marinette County as additional insured with respects to liability arising out of activities performed by or on behalf of the contractor/contractor; products and completed operations of contractor/contractor; premises owned, occupied or used by contractor; or automobiles owned, leased, hired or borrowed by contractor. The coverage shall contain no special limitations on the scope of protection to the County. SUBCONTRACTOR Subcontractors of the contractor are subject to the same requirements as is contractor. WAVIER OF SUBROGATION Insurers shall waive all subrogation rights against Marinette County on all policies required under this section. CANCELLATION NOTICE Marinette County will be given a 30 day notice in advance of cancellation, non-renewal, or material change in coverage. PROOF OF INSURANCE Valid Certificates of Insurance shall be issued to Marinette County prior to the execution of the contract. XI. XII. PROJECT CHANGES Marinette County reserves the right to make changes to the project. Any changes in the scope of services shall be mutually agreed upon in writing by the Contractor and the County. ATTACHMENTS Response Summary Page, Attachment A Reference Sheet, Attachment B Statement of Understanding, Attachment C Addendum Sheet, Attachment D Sample Contract, Attachment E Page 7

ATTACHMENT A RFP#18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT PROPOSAL Total Cost Hourly Labor Rate for Work Beyond the Proposal Specifications: $ $ Type or Print Name Company Title Address Authorized Signature Address Date Telephone Fax Page 8

Contractor name Contractor s address City State Zip code Contact person s name & position ATTACHMENT B RFP#18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT STATEMENT OF UNDERSTANDING OF PROPOSAL Contractor s Phone number Contractor s Fax Number We have read the County s Request for Proposals (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT and fully understand its intent. We certify that we have adequate personnel, equipment, and license to perform said services. We understand our ability and fitness to perform shall be judged solely by Marinette County. In addition, we certify that: (a) Our proposal is not made in the interest or on behalf of any person not named therein; (b) We have not directly or indirectly induced or solicited any person to submit a false or misleading proposal or to refrain from proposing; (c) We have not in any manner sought by collusion to secure an advantage over any other contractor; (d) We have thoroughly examined the RFP requirements, and our proposed fees cover all costs for service/equipment we have proposed; (e) We acknowledge and accept all the terms and conditions included in the RFP; and (f) I have full authority to make such statements and to submit this proposal as the duly recognized representative of the Proposer. Signature of Duly Authorized Individual Date Page 9

ATTACHMENT C RFP#18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT ADDENDUM SHEET (If Addendums exist for this project, please sign, date, and submit with Proposal.) Contractor Name: The undersigned acknowledges receipt of the following addenda: Addendum #1 Addendum #2 Addendum #3 Addendum #4 Addendum #5 The undersigned agrees with the following statement: Initials Initials Initials Initials Initials I have examined and carefully prepared the response to proposal from the plans and specifications and have checked the same in detail before submitting to Marinette County. Name Signature Date All contractors are responsible to check for addenda posted on the county website at www.marinettecounty.com for this project prior to the due date. No notification will be sent if addenda are posted unless there is an addendum within three (3) business days of RFP due date. All contractors receiving initial notification of project will be notified by Marinette County of all addenda issued within three (3) business days prior to due date. If a RFP has already been submitted, contractor is required to acknowledge receipt of addendum via fax or e-mail prior to due date. A new RFP response must be submitted by contractor if addendum affects costs. Contractors that do not have internet access are responsible to contact Marinette County at 715-732-7419 to ensure receipt of addenda issued. RFPs that do not acknowledge addendums may be rejected. All RFPs submitted shall be sealed. Envelopes are to be clearly marked with required information. Sealed RFPs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the contractor. Page 10

ATTACHMENT D MARINETTE COUNTY SAMPLE AGREEMENT THIS AGREEMENT is made by and between Marinette County; a municipality, hereinafter referred to as COUNTY, and, hereinafter referred to as CONTRACTOR, for the purpose of. The parties agree as follows: 1. Contact Persons and Contract Administrators: COUNTY s agent and contact person is: Whose principal business address is: Name Department Address Marinette WI 54143 CONTRACTOR agent and contact person is: Name: Title: Company: Address: City, State: Telephone: 2. CONTRACTOR agrees the following services, as set forth in the response to the Request for Proposal (RFP) dated will be provided to Marinette County. 3. CONTRACTOR agrees to present manufacturer s literature regarding materials & warranty. 4. Start/Completion dates to be determined. 5. COUNTY agrees to the following: Payment Terms COUNTY will pay the CONTRACTOR within 30 days of receipt of an invoice. 6. Both parties agree that the relationship between the parties shall be that of an independent CONTRACTOR and shall not be construed to be an Employer-Employee relationship; specifically the parties agree that: CONTRACTOR will be responsible to pay all Federal, State and social security taxes on any income received under this Agreement. COUNTY will pay no fringe benefits or other compensation to CONTRACTOR. Page 11

7. CONTRACTOR will provide and maintain certificates of insurance with minimum limits as follows: General liability, each occurrence $1,000,000 Auto liability, each occurrence $ 300,000 Workers Compensation Statutory Requirements Certificates of insurance indicating COUNTY as additional insured must be presented to COUNTY s agent with a signed copy of this agreement prior to commencing work. Additionally, all policies shall contain endorsements by respective insurance companies waiving all rights of subrogation, if any, against COUNTY and shall further provide that policies are not cancelable except upon thirty days written notice to COUNTY. 8. CONTRACTOR hereby agrees to release, indemnify, defend and hold harmless Marinette County, its officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by contractor, its officers, officials, employees, agent or assigns. Marinette County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes. 9. This contract may be amended in writing by mutual agreement of both parties at any time. 10. This agreement shall be governed by the laws of the State of Wisconsin. 11. COUNTY may terminate this agreement in the event CONTRACTOR breaches any of the terms of the agreement or for unsatisfactory performance by CONTRACTOR. Termination shall be immediate upon written notification by the COUNTY. CONTRACTOR Date Kathy Brandt, County Clerk Date Page 12